Operation and Maintenance (O&M) of Draughon Bombing and Electronic Attack Range, Misawa Air Base, Japan
ID: FA520525R0001Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA5205 35 CONS PKAPO, AP, 96319-5201, USA

NAICS

Facilities Support Services (561210)

PSC

OPERATION OF AIR TRAFFIC CONTROL TRAINING FACILITIES (M1BB)
Timeline
    Description

    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the operation and maintenance (O&M) of the Draughon Bombing and Electronic Attack Range at Misawa Air Base, Japan. The procurement aims to ensure the efficient functioning and sustainability of the electronic attack training environment, requiring contractors to manage government-furnished facilities, maintain equipment, and support various electronic warfare operations while adhering to safety protocols. This opportunity is critical for enhancing military readiness and operational effectiveness, with contractors expected to possess relevant experience and security clearances. Interested parties should contact Kazuo Miura at kazuo.miura.jp@us.af.mil or by phone at 81176772059 for further details, and must submit their proposals in accordance with the outlined requirements by the specified deadlines.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the requirements and conditions for RFP No. FA520525R0001, dated March 4, 2025, regarding the provision of services and supplies at the Draughon Bombing and Electronic Attack Range and Misawa Air Base in Japan. It incorporates clauses from the Federal Acquisition Regulation (FAR) by reference and details the specifications and standards to be followed, as outlined in the Performance Work Statement (PWS). Key aspects include inspection and acceptance processes at specified locations, contract administration details such as invoicing and payment procedures, and special requirements like minimum vehicle insurance when contractor-owned vehicles operate on the airbase. Contractors must also obtain prior approval for equipment purchases exceeding $10,000. Additionally, the document mandates that bidders possess necessary security clearances and provides instructions for a pre-bid conference aimed at clarifying the solicitation terms. Interested parties are encouraged to submit attendee names for access to the conference and must submit questions ahead of time. This RFP emphasizes compliance with military and governmental regulations and aims to ensure contractors meet rigorous standards in providing required services.
    The Performance Work Statement (PWS) outlines requirements for Operations and Maintenance (O&M) services for the Draughon Bombing and Electronic Attack Range at Misawa Air Base, Japan, primarily supporting the USAF and associated U.S. government agencies. It details the contractor's responsibilities, including the management of scheduled government-furnished property, range operations, system maintenance, environmental safety, and security management. The contractor must provide personnel with a SECRET security clearance and maintain key equipment and systems for effective training operations. The PWS emphasizes the importance of high-level planning, scheduling, and performance analysis to facilitate mission support and ensure readiness. It also mandates strict adherence to government directives, regular reporting to the government, and cooperation with various military and contractor personnel. Performance metrics, along with quality control measures, must be part of the contractor's operational management. The document is structured into sections covering service descriptions, operational support, and maintenance, highlighting the need for establishing a secure environment and proper logistical operations essential for maximizing the effectiveness of the range's training capabilities. Overall, this PWS is crucial for ensuring that the Draughon Bombing and Electronic Attack Range operates efficiently in a collaborative military training environment.
    The document outlines the Operation and Maintenance (O&M) requirements for the Draughon Bombing Range Electronic Attack Range, detailing an extensive list of abbreviations and acronyms relevant to the project. This reference is crucial for contractors involved in the Request for Proposal (RFP) No. FA520525R0001, emphasizing the specific terminologies associated with various aspects of aerial combat, electronic attack systems, and support processes. It addresses the roles of different military entities, equipment types, and regulatory frameworks linked to the operation of the bombing range. The information serves as a foundational tool for understanding the operational environment, facilitating effective communication, and ensuring compliance with established procedures and technical standards. This comprehensive glossary underscores the complexity of the task at hand and aids contractors in accurately responding to the RFP while ensuring all aspects of operations are clearly defined and aligned with the U.S. Air Force requirements.
    The document outlines the Maintenance and Operation (O&M) requirements for the Draughon Bombing Range Electronic Attack Range as part of a federal contract request. It provides a comprehensive list of applicable publications that guide the contractor's work, categorizing them as Mandatory or Advisory. The contractor is responsible for adhering to current and correct documentation relevant to all operations unless otherwise stated. Key directives emphasize compliance with established procedures, with mandatory publications taking precedence in case of discrepancies. Additionally, the document stresses the need for contractors to maintain and distribute relevant Technical Orders (TOs) for equipment and systems, ensuring that updated copies are accessible. The overall purpose of the document is to establish clear guidelines and responsibilities for contractors engaged in the range's operation, thereby ensuring operational safety, compliance, and maintenance standards within the framework of federal regulations.
    The file outlines the government facilities available for the operation and maintenance (O&M) of the Draughon Bombing Range Electronic Attack Range. It specifies the contractor's role as facility managers for several U.S. Air Force (USAF) properties while noting that certain facilities have government-appointed managers. It categorizes the facilities into sole use and joint use with Japan Air Self-Defense Force (JASDF), detailing their nomenclature, total area, and specific attributes such as garages, power stations, storage units, and security features. The document serves as an appendix to a Request for Proposal (RFP), indicating the facilities that contractors will manage and highlighting the importance of these areas for effective operations at the range. The information is critical for potential contractors to understand the resources they will oversee and ensures clarity regarding facility management responsibilities within the context of federal RFPs.
    This document outlines the inventory and management of government-furnished property, specifically focusing on custodial procurement items under a federal contract. It categorizes various equipment, including medical devices, support machinery, communication tools, and technology, detailing their specifications such as part numbers, serial numbers, quantity, unit cost, acquisition dates, and locations. The intention is to track and manage assets effectively, ensuring accountability and readiness for operational needs. The items are organized by support area and classification, with special attention given to safety and range use equipment. This systematic approach to inventory management emphasizes the government's commitment to transparency and operational efficiency, essential in the context of federal grants and RFPs, aiding in the proper allocation of resources and adherence to regulatory requirements.
    The document details the inventory of Government Furnished Property (GFP) for a custodial procurement project under the Department of Defense (DoD). It includes a comprehensive list of various support equipment, their classifications, part numbers, serial numbers, quantities, and respective costs. The equipment categorized ranges from safety devices such as Automated External Defibrillators (AEDs) to communication devices like antennas and radios. Each entry is noted with acquisition dates, locations, and specific remarks regarding their management status. The structure is organized into segments that include both serially and non-serially managed items, highlighting equipment's purpose and usage conditions. The emphasis on financial value and detailed classifications underscores the importance of asset management for federal operations. This document serves as a crucial reference in support of federal RFPs and grants by ensuring compliance with procurement regulations, which ultimately enhances operational functionality and safety in government facilities.
    The document outlines the Performance Work Statement (PWS) for the operation and maintenance (O&M) of the Draughon Bombing Range Electronic Attack Range, associated with RFP No. FA520525R0001. The aim is to solicit proposals from capable contractors to ensure the efficient functioning and sustainability of the electronic attack training environment. Key components include the maintenance of equipment, support for various electronic warfare operations, and adherence to safety protocols amid a training-focused environment. The contractor will be responsible for comprehensive testing, troubleshooting, and repair of electronic systems, which are critical for operational readiness. The document emphasizes the need for qualified personnel with prior relevant experience, proper certifications, and the ability to maintain compliance with federal and military standards. This RFP is crucial for securing a reliable contractor to support the military's electronic attack training capabilities, showcasing the government’s effort to enhance military readiness through state-of-the-art facilities and expert management.
    This Memorandum of Agreement (MOA) outlines the responsibilities of the 35th Fighter Wing Commander at Misawa Air Base, Japan, and the Defense Logistics Agency (DLA) Disposition Services (DLADS) regarding the disposal of excess range residue materials. The agreement establishes procedures for the Generator, which includes providing a secure inspection site, ensuring physical security of materials, and certifying that disposed materials are safe and inert. The Generator must also adhere to strict segregation and inspection protocols before disposal and manage any hazardous materials appropriately. DLADS is responsible for receiving documentation, providing technical guidance, and ensuring compliance with demilitarization standards. The agreement emphasizes cooperative efforts between both parties, with a focus on safety and compliance during the disposal process. The MOA is subject to triannual review and may be amended or terminated with proper notice. This formal agreement showcases the commitment of both parties to maintain safety and order in managing military disposal operations in accordance with federal regulations and guidelines.
    The Draughon Training Range in Japan reported operational data covering the period from April 2022 to March 2023. The summary provides detailed usage statistics, highlighting flying hour requirements and actual hours flown by various aircraft, including the USAF's F-16 and CV-22, as well as Japanese forces. A total of 1,311 flying hours were logged, with significant numbers of sortied missions and slight cancellations throughout the year. Additionally, the report shares EOD clearance activities, indicating that 43.3 tons of munitions were removed from 400 acres, performed by 104 EOD personnel over 1,515 man hours. There were 286 hours of range closure for clearance operations. The operational support summary notes 5,313 scheduled mission periods, including night missions and several weather-related cancellations. Overall, the document outlines the operational efficiency and safety measures undertaken at the Draughon Training Range, making it a valuable resource for assessing military readiness and environmental compliance in support of U.S. and allied forces activities in the region. It also indicates adherence to safety protocols and operational standards, integral for future requests for proposals related to range management and maintenance.
    The document outlines the specific requirements for the operation and maintenance (O&M) of the Draughon Bombing Range Electronic Attack Range, emphasizing the integration and interoperability of various U.S. Department of Defense (DoD) systems. It primarily focuses on critical systems including the Test & Training Enabling Architecture (TENA), Link 16, and the Multifunctional Information Distribution System (MIDS), which facilitate real-time data exchange among air, sea, and ground units. The detailed overview includes various components, such as the Adaptable Range Exercise System (ARES) for pairing aircraft to threat emitters, and the Next Generation Threat System (NGTS) for simulating enemy units. The document highlights the necessity of reliable communication systems, such as the Range Training Officer (RTO) radios and threat emitters like the Unmanned Threat Emitter (UMTE), to ensure realistic training scenarios. Additionally, it discusses the Joint Deployable Electronic Warfare Range (JDEWR), designed to create a mobile threat environment for aircrew training, emphasizing supporting infrastructure that enables effective command and control operations. This summary encapsulates the document's focus on the technical specifications and operational integration necessary for enhancing military training effectiveness within U.S. defense operations.
    The document provides essential information and guidance related to federal and state/local Requests for Proposals (RFPs) and grants. It aims to assist potential applicants in understanding the procedures for submitting proposals and accessing funding opportunities. Key elements include the importance of adhering to specified deadlines, required documentation, and eligibility criteria for various programs. The file emphasizes the necessity of thorough preparation and adherence to guidelines in proposal submissions, highlighting the competitive nature of funding opportunities. It suggests engaging with relevant government agencies for clarification and support to enhance the quality of proposals. Furthermore, it underscores the importance of aligning project goals with funding priorities to maximize approval chances. Overall, the document serves as a vital resource for entities seeking federal or state support, offering insights into effective strategies for proposal development and the importance of compliance with regulations and procedures in the funding process. This guidance aims to equip applicants with the knowledge needed to successfully navigate the complex landscape of government funding and procurement.
    The 35th Contracting Squadron of the Department of the Air Force is requesting input for the source selection process related to the Operation and Maintenance (O&M) of the Draughon Bombing and Electronic Attack Range at Misawa Air Base, Japan. The memorandum serves to solicit past performance evaluations of the offeror from relevant organizations, which will assist in determining the offeror's capability to fulfill contract requirements. A questionnaire is attached for feedback, with a deadline of ten calendar days for responses to ensure timely analysis before negotiations commence. The submission can be completed electronically via email or hand-faxed, and all responses will contribute to official source selection records. The collaboration and timely input from past associates are deemed essential for the success of this procurement effort.
    This document is an attachment to Request for Proposal (RFP) No. FA520525R0001, containing classified information pertaining to contractor performance evaluation. It outlines the necessary fields for identifying the contractor, contract specifications, and customer agency details, including contract type, period of performance, contract value, and a description of work performed. The central focus is on assessing contractor performance across various categories, such as quality, schedule adherence, management, and regulatory compliance. Each category includes a rating scale from "Exceptional" to "Unsatisfactory," enabling evaluators to provide detailed feedback. The final section solicits an overall assessment of the contractor's ability to fulfill obligations as stated in the proposal, followed by a request for the respondent's signature. Completed evaluations should be returned to designated officials at Misawa Air Base, Japan. This document serves as a critical tool for performance measurement in federal contracting, emphasizing transparency and accountability in government procurement processes.
    The document pertains to a Request for Proposal (RFP) for the operation and maintenance (O&M) of the Draughon Bombing and Electronic Attack Range at Misawa Air Base, Japan. It outlines the requirements and conditions under which bidders must submit offers. The RFP specifies that it is a Rated Order under the Defense Priorities and Allocations System (DPAS). Various sections detail the solicitation, offer format, and evaluation factors, alongside stipulations for submission and late modifications. Key offerings include services during a transition period followed by extended monthly O&M support, along with options for contractor-acquired parts, travel, deployment, and extended work hours, designated with firm fixed pricing. Inspection and acceptance procedures, timeline for performance, contract clauses, and special requirements are also included. This RFP demonstrates the government's commitment to maintaining operational readiness and support for military installations through structured procurement processes, ensuring contractors are well-informed of expectations and obligations.
    Similar Opportunities
    Misawa Industry Day 2025 - Request for Information (RFI)
    Buyer not available
    The Department of Defense, specifically the U.S. Air Force, is seeking local vendors to participate in the Misawa Industry Day 2025 through a Request for Information (RFI). This initiative aims to engage potential contractors in Misawa, Japan, to inform them about upcoming contracting opportunities within the Aomori prefecture, encouraging them to submit capability statements that outline their experience and services. The RFI serves as a preliminary notice to gauge interest and participation for the Industry Day, which is scheduled for April 2025, with responses due by January 17, 2025. Interested vendors should direct their submissions to Augustine Perez at augustine.perez.2@us.af.mil or MSgt Benjamin Nieto at benjamin.nieto@us.af.mil.
    Indoor Small Arms Range (ISAR) Cleaning and Ventilation System Maintenance Services at U.S. MCAS Iwakuni, Japan
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFACSYSCOM FAR EAST), is soliciting proposals for Indoor Small Arms Range (ISAR) Cleaning and Ventilation System Maintenance Services at the U.S. Marine Corps Air Station in Iwakuni, Japan. The procurement aims to secure comprehensive maintenance services, including recurring and non-recurring tasks essential for the operational integrity and safety of the indoor ranges, with a focus on compliance with federal standards and regulations. This contract is critical for ensuring the effective functioning of military training facilities, thereby supporting the readiness of U.S. forces. Proposals are due by 11:00 AM JST on March 14, 2025, and interested contractors should direct inquiries to Janofsky Herrion at janofsky.herrion@usmc.mil or Martin Hansen at martin.hansen@usmc.mil.
    FY25 DHA SRM Facility Repairs Building 1585, Yokota Air Base, Japan
    Buyer not available
    The Department of Defense, through the Department of the Army, is seeking contractors for facility repairs at Building 1585 located at Yokota Air Base, Japan. The project involves commercial and institutional building construction, specifically focusing on the repair or alteration of laboratories and clinics. This opportunity is critical for maintaining operational readiness and ensuring the safety and functionality of the facilities at the base. Interested contractors can reach out to Charles Qi at charles.l.qi.civ@usace.army.mil or Nakiba Jackson at nakiba.s.jackson.civ@usace.army.mil for further details, with the presolicitation notice indicating the importance of timely engagement in the procurement process.
    D-B PAINT BOOTH CONSTRUCTION/INSERTION FOR THEATER AIRCRAFT CORROSION CONTROL HANGAR
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking contractor interest for the Design-Build (D-B) construction of a Paint Booth for the Theater Aircraft Corrosion Control Hangar at Kadena Air Base in Okinawa, Japan. This procurement involves two separate solicitation packages: one for the Paint Booth and another for the Hangar Facility construction without the Paint Booth, emphasizing the need for contractors to demonstrate relevant experience, coordination capabilities, and design and engineering skills. The project is critical for maintaining aircraft operational readiness by preventing corrosion, and it requires adherence to stringent military and environmental regulations throughout the construction phases. Interested contractors must submit their responses by March 28, 2025, and can contact Valeria Fisher at valeria.fisher@usace.army.mil or Jack Letscher at jack.t.letscher@usace.army.mil for further information.
    Okinawa Multiple Award Construction Contract
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the Okinawa Multiple Award Construction Contract, aimed at commercial and institutional building construction. This contract will involve the repair or alteration of various miscellaneous buildings, highlighting the importance of maintaining and upgrading facilities to support military operations in the region. Interested contractors can reach out to Kurt Stuebs at kurt.stuebs.2@us.af.mil or by phone at 634-4919, or Marina Joyce Amosin at marinajoyce.amosin.ph@us.af.mil for further inquiries. Details regarding the submission deadlines and funding amounts will be provided in the solicitation documents.
    FY25 Sidetrack Roadbed Maintenance at Tsurumi Fuel Terminal
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the FY25 Sidetrack Roadbed Maintenance at the Tsurumi Fuel Terminal in Japan. The contract, anticipated to be awarded as a Firm-Fixed-Price Purchase Order, requires comprehensive maintenance and repair services for railroad infrastructure, including general repairs, vegetation control, and emergency repairs, all in compliance with Japanese regulations. This procurement is crucial for ensuring the reliability of railroad operations, with a performance period from April 1, 2025, to March 31, 2026. Interested contractors must submit their bids electronically by the specified deadlines, attend a pre-proposal conference on February 27, 2025, and ensure they have the necessary credentials for base access. For further inquiries, potential bidders can contact Go Ishikawa at go.ishikawa.jp@us.af.mil or Takahiro Tsukada at takahiro.tsukada.jp@us.af.mil.
    FY 25 Project Summary for Sources Sought
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is conducting market research to identify potential contractors for various construction projects anticipated at Kadena Air Base and associated units in Okinawa, Japan, for Fiscal Year 2025. The projects include significant renovations and upgrades to existing facilities, such as restroom renovations, HVAC system replacements, and infrastructure improvements, with budgets ranging from $250,000 to $10 million. This Sources Sought notice aims to gauge interest and capabilities among contractors, with responses due by 14:00 PM JST on March 20, 2025. Interested parties must be registered in the System for Award Management (SAM) and can contact Victor T. Cannon Jr. at victor.cannon.2@us.af.mil or Jonathan Garcia at jonathan.garcia.27@us.af.mil for further information.
    Repair HVAC in PAX Terminal B3409
    Buyer not available
    The Department of Defense, through the U.S. Air Force, is soliciting proposals for the repair of the HVAC system at the Passenger Terminal B3409 located at Kadena Air Base in Okinawa, Japan. The project encompasses comprehensive work, including the replacement of air handling units, ductwork, piping, and digital controls, while ensuring compliance with U.S. federal, Department of Defense, and local Japanese regulations, particularly regarding hazardous materials such as asbestos and lead-based paint. This initiative is crucial for maintaining operational efficiency and safety within military facilities, reflecting the government's commitment to infrastructure integrity. Interested contractors should note that the estimated contract value is between $500,000 and $1,000,000, with a performance period of 692 calendar days, and must submit proposals by the specified deadlines, including a mandatory site visit on March 13, 2025. For further inquiries, contact Leona I Cantu at leona.cantu.4@us.af.mil or Gary Wynder at gary.wynder@us.af.mil.
    FY25 Sidetrack Inspection and Electrical System Maintenance at U.S. Government sidetrack No. 342 and 343, Tsurumi
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting offers for the FY25 Sidetrack Inspection and Electrical System Maintenance at U.S. Government Sidetrack No. 342 and 343 in Tsurumi, Japan. The contract, effective from April 1, 2025, to March 31, 2026, requires the contractor to perform essential maintenance tasks, including electrical inspections and emergency repairs, while adhering to local regulations and environmental standards. This procurement is particularly significant as it ensures the operational readiness and safety of U.S. government railroad infrastructure in Japan, with an estimated contract value of $29,700. Interested parties, especially Women-Owned Small Businesses, should direct inquiries to Go Ishikawa at go.ishikawa.jp@us.af.mil or Takahiro Tsukada at takahiro.tsukada.jp@us.af.mil, and must comply with the specified bidding protocols.
    Replace AFN Radio Transmission Tower, Camp Kinser, Okinawa, Japan
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the replacement of the AFN Radio Transmission Tower at Camp Kinser, Okinawa, Japan. The project entails the demolition of the existing tower and foundation, construction of a new foundation, and installation of necessary fencing and power cabling, with strict adherence to environmental and safety regulations. This initiative is crucial for maintaining military communication infrastructure, ensuring operational readiness while complying with local and federal standards. Interested contractors must submit sealed offers by May 16, 2025, with a bid estimate ranging from ¥100 million to ¥500 million, and are encouraged to contact Norman Roldan at norman.roldan.civ@usace.army.mil for further inquiries.